MAHARASHTRA JEEVAN PRADHIKARAN (WATER MANAGEMENT)

Size: px
Start display at page:

Download "MAHARASHTRA JEEVAN PRADHIKARAN (WATER MANAGEMENT)"

Transcription

1 MAHARASHTRA JEEVAN PRADHIKARAN (WATER MANAGEMENT) TENDER NOTICE No.9 FOR [ e.tender No. 87 FOR ] For AUGMENTATION TO AMBERNATH WATER SUPPLY SCHEME, TAL. AMBERNATH, DIST. THANE TENDER DOCUMENTS VOLUME - I EXECUTIVE ENGINEER M. J. P. W. M. DIVISION ROAD No.82, SAI SECTION, AMBERNATH (East) Save Water, every drop counts

2 MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION, AMBERNATH Sr. No. NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane Volume-I 1. Corrigendum Particulars INDEX From Page No. 2. Tender Notice Detailed Tender Notice Instructions to Tenderer General Scope of Work General Conditions of Contract General Conditions Special Conditions Additional Conditions of Contract Form B Schedule A Conditions for Schedule - A Schedule B of B.1 Tender To Volume-II 14. Acquaintance With Site Conditions Detailed Item wise Specifications Annexure I to XII Drawings 652 Contractor No. of corrections Executive Engineer

3 1 ÖÆüÖ üöâ Òü Öß¾Ö Ö ÖÏÖ Öú üö ÖßÖú ³ÖμÖÓŸÖÖ, ÖÆüÖ üöâ Òü Öß¾Ö Ö ÖÏÖ Öú üö, Ö»Ö ¾μÖ¾Öà ÖÖ Ö Ö ÖÓ üôû Ö Ö¾Öê»Ö. úöμöôúö üß ³ÖμÖÓŸÖÖ, ÖÆüÖ üöâ Òü Öß¾Ö Ö ÖÏÖ Öúü üö Ö»Ö ¾μÖ¾Öà ÖÖ Ö Ö ¾Ö³ÖÖÖ Ó²Ö ü ÖÖ Ö ÃÖÖ Ô ÃÖêŒ Ö Ö, üöê ü ÖÓ.82, Ó²Ö ü ÖÖ Ö ( Öæ¾ÖÔ) Ö ¾Ö üö ÃÖã Ö ÖÖ úîú ÖÖÓú 9 ÃÖ Ö Parent Portal : MJP Portal : úöμöôúö üß ³ÖμÖÓŸÖÖ, ÖÆüÖ üöâ Òü Öß¾Ö Ö ÖÏÖ Öú üö Ö»Ö ¾μÖ¾Öà ÖÖ Ö Ö ¾Ö³ÖÖÖ, ÃÖÖ Ô ÃÖêŒ Ö Ö, üöê ü ÖÓ.82, Ó²Öü ÖÖ Ö ( Öæ¾ÖÔ) æü ü ¾Ö Öß Îú ÖÖÓú Æêü Ó²Ö ü ÖÖ Ö ¾ÖÖœüß¾Ö ÖÖÖß Öã ü¾öšüö μööê Ö ÖÖ, ŸÖÖ»ÖãúÖ Ó²Ö ü ÖÖ Ö, Ö»ÆüÖ -šüööê μöö ú Ö ÖÖÃÖÖšüß ¹ý ÖμÖê /- (¹ý ÖμÖê ÃÖ¾¾ÖßÃÖ úöê üß ÃÖÖšü»ÖÖÖ ÖÓ μööö¾ö Æü ÖÖ ü ú Öê ÖÓ Öê ÖÖôûßÃÖ ÖÖ Ö ) ŸÖŒμÖÖ Øú ÖŸÖß Öß ²Öß-1 Ö Öã μööÿöß»ö Öò Ö»ÖÖ Ô Ö Ö ¾Ö üö, ÖÆüÖ üöâ Òü Öß¾Ö Ö ÖÏÖ Öú üööú êü ¾ÖÖÔ -1 (à ÖÖ ÖŸμÖ) ¾ÖÖÖÔŸÖᯙ ÖÖêÓ ÖßéúŸÖ šêüêú üö ü, Öê Öæ¾ÖÔ ÆÔüŸÖÖ üß ÖæÖÔ ú üÿöß»ö ÖÖ šêüêú üö üöóú æü Ö ÖÖÖ ¾ÖμÖÖŸÖ μöêÿö ÖüÆêü. μöö Ö ¾Ö êü μöö Öæ¾ÖÔ ÆÔüŸÖÖ üß ¾Ö ÃÖ ¾ÖÃŸÖ ü Ö ¾Ö üö ÃÖæ Ö ÖÖ ÖÖÃÖ ÖÖ μöö μöö ÃÖÓêúŸÖà ÖôûÖ¾Ö ü ¾Ö ÖÖ Öæ»μÖ üö ú Ö»ÖÖê ü úú üÿöö μöê Ô»Ö. ÃÖ ü ü Öæ¾ÖÔ ÆÔüŸÖÖ üß ¾Ö ÖŸÖá ÖãÃÖÖ ü ŸμÖÖÃÖÖšüß šêüêú üö üöú æü Ö Öß ÖÏ ÖÖÖ Ö Öê ü»öß ÖÖŸÖᯙ ŸÖß ú ÖßŸÖ ú Öß ÖßÖú ³ÖμÖÓŸÖÖ / ŸÖŸÃÖ Ö ü ü ÖÖÔ μöö ÖúÖ-μÖÖÓ μöö þÖÖÖ üß Öß ÃÖÖê Ö¾Ö μöú ÖÆêü. μöö Ö ¾Ö êüú üÿöö šêü¾öμööÿö Ö»Öê»μÖÖ Öæ¾ÖÔ ÆÔüŸÖÖ üß ¾Ö ÖŸÖá ¾Ö Öæ¾ÖÔ ÆÔüŸÖÖ ÖÖ Ö šü ü»öê»μöö šêüêú üö üöó Öß Öæôû Ö ¾Ö üö üö ú Ö»ÖÖê ü ¾Ö Ö»ÖÖê ü ú üμöö μöö ŸÖÖ üöö ÖÖ»Öᯙ ÖÏ ÖÖÖê ÖÆêüŸÖ. 1) Öæ¾ÖÔ ÆÔüŸÖÖ üß üö ú Ö»ÖÖê ü ú üöê : ü ÖÖÓú: ŸÖê ) Öæ¾ÖÔ ÆÔüŸÖÖ μöö üà Öß úöö ü Ö Öê Ö»ÖÖê ü ú üöê : ü ÖÖÓú: ŸÖê ) Öæôû Ö ¾Ö üö üö ú Ö»ÖÖê ü ú üöê : ü ÖÖÓú: ŸÖê ) Ö ¾Ö üö Ö»ÖÖê ü ú üöê : ü ÖÖÓú: ŸÖê úöêöÿößæüß Ö¾ÖÖ ÃÖ¾ÖÔ Ö ¾Ö üö ŸμÖÖÃÖÖšüß úöêöÿöêæüß úö üö Ö ü ÖÔ ¾ÖŸÖÖ ÖÖúÖ üμöö ÖÖ ÆüŒú üööæ Ö šêü¾öμööÿö Ö»ÖÖ ÖÆêü. ÃÖÆüß/- úöμöôúö üß ³ÖμÖÓŸÖÖ Ö Öß ÖÏÖ Ö¾μÖ ¾Ö. Ó²Öü ü ÖÖ Ö Contractor No.of Corrections Executive Engineer

4 2 MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT CIRCLE, PANVEL MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION AMBERNATH Parent Portal : MJP Portal : TENDER NOTICE NO.9 FOR Executive Engineer, Maharashtra Jeevan Pradhikaran Water Management Division Ambernath invites the tender from the contractor who are registered with MJP in Class-I (Civil) and who fulfills the pre-qualification criteria, for the Augmentation to Ambernath Water Supply Scheme, Tal.Ambernath, Dist.Thane. The estimated cost put to tender is ` /- (`. Twenty six crore sixty lakh ninety five thousand one hundred forty five only) i) To view the tender notice, detailed time schedule, pre-qualification criteria for this tender and subsequently to download pre-qualification document kindly visit following e-tendering Website of Government of Maharashtra ii) iii) It is essential that the document required as per pre-qualification criteria should be duly signed by an officer not below the rank of the Superintending Engineer or equivalent officer of any other organization. The document submitted by the contractor as per pre-qualification criteria will be evaluated before main tender documents to be downloaded. The dates of download and upload of pre-qualification criteria documents and main tender documents are given below : a) Pre-qualification documents download Date: to b) Pre-qualification documents upload Date: to c) Download of main tender document Date: to d) Upload of main tender document Date: to Right to reject any or all the tenders without assigning any reason thereof is reserved. Sd/- Executive Engineer MJP WM Dn. Ambernath Contractor No.of Corrections Executive Engineer

5 3 MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION, AMBERNATH DETAILED TENDER NOTICE NO. 09 OF Online percentage rate basis tender in B.1 Form in two envelopes system is invited for the following works from the Civil Contractors registered in Class- I ( Civil ) with Maharashtra Jeevan Pradhikaran, Mumbai and pre-qualified by the Chief Engineer (W.M.), Maharashtra Jeevan Pradhikaran, New Administrative Building, Kanhaiya Nagar, Thane (E). The prequalification criteria are as per Clause 9 of the Detailed Tender Notice. The application for pre-qualification shall be submitted online on MJP e-tendering Portal : Note : In order to participate in e-tendering process, it is mandatory for new contractors (first time users of this website) to complete the Online Registration Process for the e-tendering website. For guidelines, kindly refer to Bidders Tool Kit documents provided on the website. 1. NAME OF WORK Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing, constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete. 2. ESTIMATED COST : Rs. 26,60,95,145/- Contractor No.of Corrections Executive Engineer

6 4 3. EARNEST MONEY DEPOSIT : Rs. 13,30,480/- (Rs.Thirteen lakhs Thirty Thousand Four Hundred Eighty only) in the form Fixed Deposit Receipt in the name of Executive Engineer, Maharashtra Jeevan Pradhikaran, Water Management Division, Ambernath payable at Ambernath from any Nationalized/Scheduled Bank for a minimum period of Six months from the date prescribed for submission of the Tender. The scan copy of EMD should be uploaded in envelop T-1 and F.D.R. should the submitted physically to the Executive Engineer before submission of bid. 4. SECURITY DEPOSIT A) 4% of the Estimated cost or Accepted Tender cost whichever is higher. i) Initial Security Deposit. 2% of estimated cost or accepted tender cost whichever is higher in the form of Fixed Receipt or Bank Guarantee from Nationalized/Scheduled Bank in the name of Executive Engineer, M.J.P.W.M. Division, Ambernath for initial minimum period of 36 months and shall be extended suitably if the work is not completed within the time limit. If the Bank Guarantee is submitted for initial Security Deposit, then it will be entire responsibility of the contractor for the extension of Bank Guarantee till completion of the work. ii) Deductions through R.A. Bills. Balance 2% amount will be recovered through each running bill at 5% of the gross amount of R.A. Bill to the extent that total required security deposit is to be recovered. B) Additional Security Deposit. If the accepted offer of the contract is below 10% of the cost put to tender, the additional security deposit shall be furnished by the agency as below before issue of work order. This security deposit is in addition to initial Security Deposit. Contractor No.of Corrections Executive Engineer

7 5 i) If offer is upto 10% below - Nil ii) If offer is more than 10% and up to 15% below - 2% iii) If offer is more than 15% below - 4% The initial Security Deposit and additional security deposit may be in the form of Bank Guarantee issued by a Nationalized/Scheduled Bank or fixed deposit in the name of Executive Engineer Maharashtra Jeevan Pradhikaran, Water Management Division, Ambernath and shall be for a minimum period of 36 months and shall be extended suitably if the work is not completed within the time limit. The tenderer shall have to furnish this security deposit with initial security deposit. 5. STAMP DUTY The contractor shall bear the stamp duty on total security deposit of the agreement and/or Additional Security Deposit (payable as per tender condition), as per the Indian Stamp Duty (1985) (latest revision) provision applicable during contract period. 6. TIME OF COMPLETION 24 (Twenty four) Calendar months, including Monsoon. This will be counted from the date of issue of the work order. Contractor No.of Corrections Executive Engineer

8 6 7. DETAILED TENDER SCHEDULE Sr. No. Activities Start Date & Time in Hrs. Expiry Date & Time in Hrs. 1 Online Tender Release 09/11/2012:11.00 Hrs. 09/11/2012:16.00 Hrs. 2 Online Pre-qualification 09/11/2012:16.01 Hrs. 19/11/2012:14.00 Hrs. Document Purchase 3 Online Pre-qualification 09/11/2012:16.01 Hrs 19/11/2012:14.00 Hrs. Document Download & Online preparation 4 Online Super Hash Generation 19/11/2012:14.01 Hrs. 19/11/2012:18.00 Hrs. For Pre-qualification 5 Online Submission of Prequalification 19/11/2012:18.01 Hrs. 23/11/2012:15.00 Hrs. 6 Online Pre-qualification 23/11/2012:15.01 Hrs. 30/11/2012:18.00 Hrs. Opening and Short listing. 7 Online Main Tender 30/11/2012:18.01 Hrs. 03/12/2012:16.00 Hrs. Preparation 8 Online Tender Document 03/12/2012:16.01 Hrs. 11/12/2012:14.00 Hrs Purchase & Download 9 Online Technical Bid 03/12/2012:16.01 Hrs. 11/12/2012:14.00 Hrs. Preparation 10 Online Commercial Bid 03/12/2012:16.01 Hrs. 11/12/2012:14.00 Hrs Preparation 11 Online Bid Closing 11/12/2012:14.01 Hrs. 11/12/2012:18.00 Hrs. 12 Online Submission of Bid 11/12/2012:18.01 Hrs. 14/12/2012:17.00 Hrs. 13 Online Tender Opening 15/12/2012:11.01 Hrs. 15/12/2012:18.00 Hrs. (Envelope 1) 14 Online Tender Opening (Commercial) (Envelope 2) 15/12/2012:11.01 Hrs. 15/12/2012:18.00 Hrs. Activity to be performed by the Department Bidders Activity 8. PRE-QUALIFICATION Pre-qualification Documents are available at free of cost, on the MJP portal of e-tendering website of Govt. of Maharashtra for aspiring bidders to be downloaded as per online schedule given above. The bidders have to Contractor No.of Corrections Executive Engineer

9 7 prepare and upload fill in / scanned documents regarding Pre- Qualification online as per online schedule given above. Scanned copy of following documents shall be uploaded to fulfilled prequalification criteria. These documents need to be digitally signed by individual contractor s digital signature and uploaded during online pre-qualification preparation stage. 9. PRE QUALIFICATION CRITERIA The firm/contractor should have successfully completed commissioned at least one work of each type as mentioned below. 9.1 The experience of work sub-leted/sub-contracted by the contractor will not be considered as a experience of the contractor for prequalification. 9.2 The firm / contractor should have independently completed, commissioned & tested work of lowering, laying and jointing minimum 200 mm dia and above CI/DI pipe line of minimum 9809 meter length and out of which the firm/contractor must completed, commissioned & tested of minimum 400 mm dia CI/DI pipe line of at least 500 meter length under single contract 9.3 The firm /contractor should have completed designing, constructing, commissioning and testing of at least one RCC ESR/GSR or similar water retaining structure of minimum 1.0 ml capacity under single contract. 9.4 The Firm/Contractor should have the experience of construction RCC building structure having the area of 120 Sqm under Single contract. 9.5 The Firm/Contractor should have executed at least one work of minimum 600mm dia meter of the casing pipe by pushing / jacking method. 9.6 The Firm/Contractor should have successfully completed designing, providing, constructing and commissioning of Contractor No.of Corrections Executive Engineer

10 8 minimum 3.6 MLD capacity water treatment plant under Single contract. 9.7 The Firms /Contractor should have been registered in class I (Civil) with MJP. The registration should be valid at least up to the last date of submission of tender, then only prequalification application will be considered. It is necessary to renew the registration before issue of work order. 9.8 The firm should have to produce the document of VAT Registration No. OR TIN No. 9.9 The firm should have to produce the document of PAN No The firm should have to produce the list of work in hand in MJP with the date of work order and the current status of these works. The contractor having more than 7 works in hand excluding 3 works costing less than 3 crores with MJP shall not be considered for prequalification. However the work completed 80 % of cost and further progress held up due to reasons for which contractor is not responsible such as land acquisition problem, non availability of electricity, non availability of funds, floods, earthquake or public agitation. This shall be certified by the Superintending Engineer. Contractor shall ensure that information furnished in the document as above is correct. Failing which contractor shall be liable for disqualification NET WORTH OF CONTRACTOR : Average net worth of contractor for last 3 financial years i.e , & as per balance sheet certified by Chartered Accountant should be Rs lakhs. Contractor No.of Corrections Executive Engineer

11 Contractor shall have bidding capacity not less than Rs. 887 lakhs per year which should be worked out by the formula give below BID CAPACITY Bidding capacity of contractor for completion of work will be decided by following formula. BIDDING CAPACITY = (3 x N x A - B) where A = Max value of Civil engineering works executed in any one year during last Five years upgraded to present year (i.e. Tender acceptance year) by adding 10 % per year for execution of that work. N= No. of years prescribed for completion of work for which present tenders are invited.(for this project -2 years) B= value of existing commitment of ongoing work to be completed during next N years. BID Capacity Calculation Year Max value of Civil engineering works executed in last Five (5) year (A) No. of year prescribed for completion of work for which present tender are invited (N) value of existing commitment of ongoing work to be completing during next N years(b). BID CAPACITY = (3 N A - B) Contractor No.of Corrections Executive Engineer

12 10 Note :- Since all the data is pertaining to the contractor s, own performance, contractors are required to provide its bidding capacity for this work by furnishing the calculations and supporting documents to prove bid capacity online. If support documents are not found uploaded, bid capacity will not be taken into account which will be result in disqualification for this tender - 1) The statement showing the value of existing commitments of the ongoing works during N years for each of works in the list should be countersigned by the Engineer in charge not below the rank of Executive Engineer or equivalent officer or head of any other Govt./semi Govt. organization. The firm shall produce all experience certificate towards the proof of the above experience duly certified by the officer not below the rank of Superintending Engineer or equivalent officer or head of any other Govt./semi Govt. organization. The above documents need to be submitted separately online in the folder provided for prequalification. 10 A) COLLABORATION The contractor who is interested to have blank tender form and if he is not having necessary experience of particular sub-work then he is allowed to have collaboration with other agency OR contractor registered with MJP who has an experience of the particular sub-work. And contractor with whom above collaboration is done shall be responsible for successful completion of the works. However it will be the responsibility of principal contractor to get the work done. Contractor who is having experience of sub-work of higher cost included in this tender shall be treated as principle contractor who can have collaboration for other works. Moreover with whom collaboration is made will only be binding to carry out the work to the effect of principal contractor and should submit an Contractor No.of Corrections Executive Engineer

13 11 agreement on Rs 100/- stamp paper duly notarized at the time of prequalification of bidder. B) JOINT VENTURE The contractor who is interested to have blank tender form and if he does not have necessary experience of particular sub-work /sub-works then he is allowed to have joint venture with another agency or contractor. If there is joint venture, same shall be in appropriate format and it shall be clearly mentioned in the agreement that both the contractor will be jointly and severally responsible for the successful completion of works included in the tender with all test and trials for full tender period. It is necessary to enclose the registration certificates of joint venture firm with the Registrar of the Partnership Firm or the receipt of payment made to Registrar of the Partnership Firm on account of fees toward joint venture firm. Then only prequalification application will be considered. In the case of joint venture, the contractor having higher class of registration will only be considered. Chief Engineer, Maharashtra Jeevan Pradhikaran (Water management) Thane will be the final authority for deciding eligibility for prequalification. 11. COST OF BLANK TENDER FORM a) Rs. 10,000/- per set (5% VAT will be charged extra). Cost of Blank Tender form will be accepted only by Demand Draft of Scheduled / Nationalized Bank payable at Ambernath in the name of Executive Engineer, Maharashtra Jeevan Pradhikaran Water Management Division, Ambernath. Scanned copy of Demand Draft should be uploaded and Demand Draft should be submitted to the Executive Engineers office before downloading tender documents. b) Blank Tender documents will not be sold by this office. Interested contractors have to download tender documents from the website. Contractor No.of Corrections Executive Engineer

14 12 c) Cost of blank tender form shall not be accepted in the form of cash or cheque. The cost of the tender documents will not be refunded under any circumstances. 12. ISSUE OF BLANK TENDER FORM The blank tender forms will have to be downloaded, only by the bidders who have been pre-qualified by the Chief Engineer (W.M.), Maharashtra Jeevan Pradhikaran, New Administrative Building, Kanhaiya Nagar, Kopari. Colony, Thane (East), from the website in as per online schedule. The contractors have to prepare & upload Pre-qualification Document online on or before schedule date and again submit (encryption / decryption) on scheduled period. The same procedure should be repeated for main Tender document. 13. PRE-TENDER CONFERENCE a) Pre-Tender conference is open to tenderers who are prequalified for this work and will be held on 6/12/2012 at hours in the office of the Chief Engineer (W.M.), Maharashtra Jeevan Pradhikaran, New Administrative Building, Kanhaiya Nagar, Thane (East), wherein the prospective tenderers will have opportunity to obtain clarifications regarding the work and the tender conditions. b) The prospective tenderers are free to ask for any additional information or clarification either in writing or orally and the reply to the same will be given in writing and this clarification referred to as common set of conditions, shall also be common and applicable to all tenderers. The minutes of this meeting along with the letters of tenderers will form the part and parcel of the tender documents. This minutes of meeting will have to uploaded duly signed by contractor in envelop No.1(Envelop T-1) 14. VALIDITY OF THE OFFER 120 days from the date of opening of tender. Contractor No.of Corrections Executive Engineer

15 LAST DATE & TIME OF ONLINE SUBMISSION OF TENDER FORM 14/12/2012 upto 17:00 Hrs. 16. DATE & TIME OF ONLINE OPENING OF TENDER 15/12/2012 at 11:01 hrs. to 15/12/2012 at hrs. in the office of the Chief Engineer (W.M.), Maharashtra Jeevan Pradhikaran, New Administrative Building, Kanhaiya Nagar, Thane (East). 17. SUBMISSION OF TENDER 17.1 The interested contractors / bidders will have to make online payment (using credit card/ debit card/net banking) of Rs. 1038/- (including service tax) per bid, per tender to online service provider of e- Tendering system at the time of entering online Bid Submission stage of the tender schedule The two envelopes No.T-1& C-1 shall be digitally sealed and signed and submitted online as per the online tender schedule The date and time for online submission of envelopes shall strictly apply in all cases. The tenderers should ensure that their tender is prepared online before the expiry of the scheduled date and time and then submitted online before the expiry of the scheduled date and time Offers not submitted online will not be entrained If for any reason, any interested bidder fails to complete any of online stages during the complete tender cycle, department shall not be responsible and any grievance regarding that shall not be entertained. 18. OPENING OF TENDER The tenders will be opened on the date specified in the tender. Notice in the presence of the intending bidders or their authorized representative to whom they may choose to remain present along with the copy of the original documents submitted for Pre Qualification. Following procedure will be adopted for opening of the tender. Contractor No.of Corrections Executive Engineer

16 14 Envelope No. I( Envelop T 1) First of all, Envelope No. 1 of the tenderer will be opened online through e-tendering procedure to verify it s as per requirements. Scanned copies of following documents shall be in Envelope No.1.(T-I) (1)Scan copy of Earnest Money Deposit Receipt as explained above. (2) Scan copy of Demand Draft for Tender Document Fees (3) Minutes of Pre-bid meeting duly signed by contractor. (4) Copy of Pre-qualification letter (5) Declaration of Contractor in prescribed form. 1. If the various documents contained in this Envelope do not meet the requirements of the MJP as stated above, a note will be recorded accordingly by the tender opening authority and the envelope No. II (C- I) of such tenderers will not be considered for further action and the same will be rejected. Envelope No. II ( Envelop C 1) This envelope shall be opened online through e-tendering procedure immediately after opening of envelope No. 1( Envelope No. T-I) only, if the contents of Envelope No. 1(Envelop T 1) are found to be acceptable to the MJP. The tendered rate shall then be read out by the tender opening authority. 20. RIGHT RESERVED a) Right to reject any or all tenders without assigning any reason thereof is reserved by the competent authority whose decision will be final and legally binding on all the tenderers. b) Tender with stipulations for settlement of a dispute by reference to Arbitration will not be entertained. Sd/- Executive Engineer MJP WM Division,Ambernath Contractor No.of Corrections Executive Engineer

17 15 MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION, AMBERNATH NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane. Construction of C.C. weir at Chikhloli Dam, Designing, constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete. INSTRUCTIONS TO TENDERER 1. AWARD CRITERIA The Owner will award the contract to the successful bidder whose bid has been determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the contract satisfactorily. The tender will be awarded after bid evaluation report approved by Maharashtra Jeevan Pradhikaran. 2. ACCEPTANCE OF THE TENDER 2.1 The acceptance of the tender rests with Maharashtra Jeevan Pradhikaran. The right to reject any or all the tenders without assigning any reason thereof is reserved by Maharashtra Jeevan Pradhikaran. The tenderer whose tender is accepted will have to enter into regular agreement in the type and form prescribed by Maharashtra Jeevan Pradhikaran and abide by all the rules embodied therein, cost of agreement etc. should also be born by the tenderer. Contractor No.of Corrections Executive Engineer

18 No corrections, additions or alterations in the tender document shall be made. No special stipulations in the tender document shall be permitted. 2.3 The tender shall be liable to be rejected outright if while submitting the same. i) The Tender, in Original, is not submitted. ii) iii) The tenderer proposes any conditions and alterations in the obligatory conditions of the tender. Any of the page of the tender is removed/replaced or spoiled badly. iv) If the offer in words and in figures is not filled in appropriate place of B.1 Form. v) If the specified Earnest Money in specified form is not paid. vi) vii) Any erasures are made in the tender documents. The tenderer or in case of firm or company authorized person does not sign the tender documents in the place provided for the purpose, in B.1 Tender form. 2.4 If the tendering contractors are a firm or company, they shall in their forwarding letter should mention the names of all the partners of the firm or the company as the case may be and the names of the partners who hold the power of attorney authorizing him to conduct transactions on behalf of the Company/Firm. 2.5 Rules and conditions of the contract are subject to amendment till the time of acceptance of tender. 2.6 The notes and conditions stipulated in this notice will form a part of the agreement. 3.0 SIGNING OF CONTRACT At the same time as the Owner notifies the successful Bidder that the bid has been accepted, the Owner will send the Bidder an Contractor No.of Corrections Executive Engineer

19 17 acceptance letter informing the Bidder, the further necessary line of action including signing of contract etc. 4.0 FOR SPECIAL ATTENTION OF TENDERER The tenderer is expected to visit the site before quoting the tender and get himself acquainted with the site conditions and site requirements. Power supply from MSEDCL if required will have to be arranged by the tenderer. MJP does not take any guarantee for continuous power supply at the site. Responsibility of Departmental staff will be nominal and limited to extending all possible help in solving local problems for obtaining permission, obtaining power supply etc.. Contractor No.of Corrections Executive Engineer

20 18 MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION, AMBERNATH NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane. Construction of C.C. weir at Chikhloli Dam, Designing, constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete. GENERAL SCOPE OF WORK Water supply and sanitation department, Government of Maharashtra, through Maharashtra Jeevan Pradhikaran has proposed to supply pure and potable water to Ambernath city. The details of following sub works under the scope of work is mentioned below: 1. Construction Of R.C.C.Weir at Chikhloli Dam- It is proposed to construct R.C.C. Weir having length about 40 meter and 2.50 meter height at downstream of Chikhloli Dam, Ambernath(E). 2. Construction of Pure Water Sump: It is proposed to construct 4 Nos. sump at Ambernath Booster cap ML, Ambernath gaon cap.-0.1 ML, Police quarters cap ML, Bhendipada Booster cap.-2.0 ML. Land required for the same is available with MJP. Contractor No.of Corrections Executive Engineer

21 19 3. R.C.C.Overhead Pump House: It is proposed to construct RCC overhead pump house over sump at Ambernath Booster, Bhendipada Booster, Police quarter and Ambernath gaon with RCC framed structure. 4. Pure Water Rising Main: Pure water pumped from the sump at Ambernath booster, Bhendipada booster, Police Quarters and Ambernth gaon shall be conveyed to the ESR/MBR at Sai Section, Narayan nagar, Police Quarter ESR, Ambernath gaon ESR, Navrenagar ESR and Bhendipada ESR through rising main comprising of DI pipes of appropriate diameter and class. These DI pipes shall be supplied by the MJP free of cost as mentioned in Schedule- A. 5. Pure Water Leading Main and Transmission main: Pure water from MBR shall be conveyed to Sump at Bhendipada, Ambernath booster and Police Quarters through leading main. The pipe material shall be D.I. and shall be supplied free of cost as mentioned in Schedule- A. 6. Construction of 8 Nos.RCC ESR: It is proposed to construct RCC ESR at Narayan nagar, Shivganga nagar, Sai Section, Bhendipada, Police Quarters, Navrenagar and Ambernath gaon. Land required for the construction of ESR at Bhendipada, Sai Section is available with MJP. However other land will be made available by MJP before commencement of work. Contractor No.of Corrections Executive Engineer

22 20 7 Lowering, laying and jointing Distribution system: It is proposed to lay 100 mm to 700 mm dia D.I.K-9 pipes for distribution system at various ESR zones. The pipe shall be supplied free of cost as mentioned in Schedule- A. 8 Lowering, laying and jointing 700 mm dia Gravity main from dam outlet to Areation fountain ( Chikhloli dam as source): It is proposed to lay 700 mm dia D.I.K-7 pipes for gravity main from dam outlet to Aeration fountain. The pipe shall be supplied free of cost as mentioned in Schedule- A. 9. Construction of B.B.masonry compound wall : It is proposed to construct brick masonry compound wall with U.C.R. masonry up to plinth level at ESR site. 10. Modification in Computer Billing system: It is proposed to improve services provided to consumers for payment of their water bills with online receipts. Hence, it is proposed to provide one Server, 12 Desktop computers with U.P.S. system and Dot Metrix and lazer printers at various cash counters in Ambernath. The configuration of computer hardware is given in detailed specifications. 11. Construction of Consumer Redresser Centre: It is proposed to construct Consumer Redresser Centre and four cash collection centre in Ambernath. Land required for the same is available with MJP. Contractor No.of Corrections Executive Engineer

23 Designing, constructing and commissioning 7.2 ml capacity water treatment plant at Chikhloli. It is proposed to design, construct and commission 7.20 ml capacity water treatment plant at Chikhloli. Land required for this work is available with MJP. 13. Repairs to Belivali MBR. It is proposed to strengthen Belivali MBR by special repairs treatment. Details of repair works is given in detailed itemwise specifications. 14. Railway Crossing work. It is proposed to cross railway line by push through method of 1200 mm dia M.S. casing pipe for 300 and 350 mm dia D.I. K-9 carier pipe. Contractor No.of Corrections Executive Engineer

24 22 MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION, AMBERNATH NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Phase-1, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing, constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete. GENERAL CONDITIONS OF CONTRACT 1. DEFINITIONS 1.1 In the contract, the following terms shall be interpreted as indicated. a) "The Contract" means the agreement entered into between the owner and the contractor as recorded in the contract form signed by the parties, includes all attachments and appendices there to and all documents incorporated by references therein. Contract is the deed of contract together with all its original accompaniments and those later incorporated in it by internal consent. b) "The Contract Price" means the price payable to the contractor under the contract for the full and proper performance of its contractual obligations. Contractor No.of Corrections Executive Engineer

25 23 c) "The Goods" means all of the equipments, machinery and/or other materials which the contractor is required to supply to the owner under the contract. d) "Services" means services ancillary to the contract such as transportation and insurance and any other incidental services, such as Provision of Technical Assistance, Trial Runs, Commissioning, Training to staff and other such obligations of the contractor covered under the contract. e) "The Owner" means, the Maharashtra Jeevan Pradhikaran, Mumbai, and the Engineer designated by Maharashtra Jeevan Pradhikaran. f) The "Contractor" means successful tenderer that is the tenderer whose tender has been accepted and who has been authorized to proceed with the work. g) "The Pradhikaran" shall mean the Maharashtra Jeevan Pradhikaran, a Pradhikaran constituted under the Pradhikaran Ordinance issued on h) "M. J. P." means, Maharashtra Jeevan Pradhikaran. i) "The Chief Engineer (Water Management) " shall mean Chief Engineer (Water Management) M.J.P., the person, for the time being holding that Office and also his successors and shall include any Engineer authorized by him. j) "The Superintending Engineer, Maharashtra Jeevan Pradhikaran Water Management Circle, Panvel" means the Engineer, so designated by the Pradhikaran or any other Engineer who is for Contractor No.of Corrections Executive Engineer

26 24 the time being entrusted with his functions, duties and powers and so notified. k) "Tender" means the proposal of the contractor submitted in prescribed form setting-forth the prices for the goods to be supplied and other related services to be rendered and setting forth his acceptance of the terms and obligations of the conditions of contract and specifications. l) "Contract Time" means period specified in the document for the entire execution of contracted works and other services to be rendered commencing from the date of notification of award including monsoon period. m) "Month" means calendar month. n) "Site" means location at which the contractor will have to execute the contracted work. o) "The Engineer" shall mean the Executive Engineer in Charge of the work. 2. OWNERS' CONCEPT & SCOPE OF WORK The M. J. P., a statutory Pradhikaran under MJP Act of Government of Maharashtra, has proposed to execute the following work under sanctioned scheme Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing, constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete. Contractor No.of Corrections Executive Engineer

27 25 This tender includes- i) Construction of C.C.Weir at Chikhloli Dam ii) iii) iv) Construction of Pure Water Sump at Ambernath Booster and Bhendipada Booster, Police quarters and Ambernath gaon. Construction of RCC overhead pump house at Ambernath Booster pumping station, Bhendipada Booster pumping station, Police quarters, Ambernath gaon sump with RCC framed structure. Pure Water Rising Main v) Pure Water Leading Main/Transmission main vi) vii) viii) Construction of RCC ESR (8 Nos) at Narayan nagar, Shivganga nagar,sai Section, Ambernath gaon, Bhendipada, Police quarters, Navrenagar. Lowering, laying and jointing Distribution system Lowering, laying and jointing 700 mm dia D.I.K-7 gravity main from Dam outlet to Aeration fountain. ix) Construction of brick masonry compound wall with U.C.R. masonry up to plinth level to ESRs x) Modification in Computer Billing system xi) Construction of Cosumer Redressal Centre and Bill collection centre. xii) xiii) xiv) Designing, providing and constructing 7.20 ML capacity WTP at Chikhloli. Repairs to Belivali MBR. Railway cross work. 3. SPECIFICATIONS The wording of items in Schedule 'B' shall be taken as guidelines for general provisions and coverage under the item. The detailed specifications for relevant items shall be as per detailed specifications Contractor No.of Corrections Executive Engineer

28 26 enclosed and as per P.W.D. Hand Book, Standard Specifications Relevant and latest editions of I.S.S. The other standard, wherever quoted, shall be applicable. 4. WATER AND ELECTRICITY The contractor shall make his own arrangements at his own cost for water and electricity required for construction and Hydraulic Testing as well as for labour camp. The Maharashtra Jeevan Pradhikaran does not take any responsibility for supply of water to contractor for construction or testing purposes during the entire work. If water is supplied by Maharashtra Jeevan Pradhikaran, Contractor shall take connection at his cost and provide water meter on it. Water charges shall be paid by contractor as per prevailing water rates to Maharashtra Jeevan Pradhikaran regularly every month. Power supply from MSEDCL if required for construction of work as well as labour camp will have to be arranged by the contractor at his own cost. MJP does not take guarantee for continuous power supply at site. 5. LINE OUT The contractor shall himself carry out the line out of works in the presence of the representative of the Pradhikaran and the contractor shall be responsible for accuracy of it. He shall employ a qualified Engineer for the purpose as well as for supervision of works. 6. PROGRAMME AND PROGRESS SCHEDULE The Contractor shall submit his own programme as per time limit stipulated in the tender, in the form of Bar Chart. A Net work diagram in CPM/PERT for approval from competent authority. This programme shall, be less than the time limit proposed by MJP. Simultaneous with the execution of the Contract Agreement, the Contractor shall submit to The Engineer his item-wise monthly programme, which shall be nothing but detailing of the programme, Bar Chart and Contractor No.of Corrections Executive Engineer

29 27 network diagram should be submitted immediately within 15 days from the date of work order. Network diagram showing details of time required for completion of each activity, associated with the work showing critical path. The programme shall also state the milestones in Bar Chart and Network diagram of part commissioning and part completion of the sub-work included in the tender. The programme shall also provide the information as to required approvals to drawings, samples, materials, equipments and their time of submissions to the Pradhikaran. The progress shall be submitted by the Contractor visa-vis programme every month. The project team of the Contractor shall be so motivated to know the balance work at the end of each week and the rate required in the balance period to complete the work and therefore, shall endeavor to complete the task assigned for each week timely. In case, where the updated and revised schedule is required, the same shall be submitted to the owner for approval. 7. INTENT AND INTERPRETATION OF CONTRACT DOCUMENTS 7.1 The contract documents are complementary and what is called for by one is as binding as if called for by all. Any work that may be reasonably inferred from the drawings or specifications as being required to produce the intended result shall be provided by the contractor whether or not it is specifically called for, in Schedule- 'B'. The contractor shall furnish and pay for all labour, supervision, materials, equipment, transportation, construction, equipment and machinery tools, appliances, water, fuel, power, energy, light, heat, utilities, telephone, storage, protections, safety provisions, and all other facilities, services and incidentals of any nature whatsoever necessary for the satisfactory and acceptable execution, testing and Contractor No.of Corrections Executive Engineer

30 28 completion of the work in accordance with the contract documents, ready for use and operation by the owner. The cost of all these arrangements shall be deemed to be included in the contract offer and no separate payment shall be admissible thereof. 7.2 Interpretations Written clarifications or interpretations necessary for the proper execution or progress of the work, in the form of drawings or otherwise, will be issued with reasonable promptness by the Engineer and in accordance with any schedule agreed upon. 7.3 Drawings Figured dimensions on drawings shall govern over scaled dimensions and detailed drawings shall govern over general drawings. The Contractor shall submit six sets of drawings according to the design Signed Drawings Signed drawings alone shall not be deemed to be in order for work unless it is entered in the agreement or schedule or drawings under proper attestation of the Contractor and the Engineer or unless it has been sent to the contractor by the Engineer with a covering letter confirming that the drawing is an authority for work in the contract Technical Words Work, materials or equipment described in works which so applied have a well-known trade or technical meaning shall be deemed to refer to such recognized meanings. Contractor No.of Corrections Executive Engineer

31 29 8. LANDS, CONDITION AND LAYOUT 8.1 Line out of the Work Surveys and Measurements The Contractor shall carefully preserve all surveys as also setting out stakes, reference points, bench marks and monuments. If any stakes, points or benches be removed or destroyed by any act of the contractor or his employees, they may be reset at the contractor's expense. Any expense incurred in replacing permanent monument which the contractor may have failed to preserve shall be borne by the Contractor unless the removal of the monuments is required by the contract documents. The contractor shall supply without charge the requisite number of persons with the means and materials necessary for the purpose of working survey, setting out works, and counting, weighing and assisting in the measurement or examination at any time and from time to time of the work or materials Contractor's Verification The Contractor will establish at the work site a substantial B.M. and connect it to a permanent B.M. available in the area with known value. The contractor will then carry out necessary surveys and leveling, covering his work, in verification of the survey data on the working drawings furnished by the Engineer and he will be responsible for establishing the correct lines and levels and verification of the lines and level furnished on the working drawings. If any error has erupted in the work due to nonobservance of this clause, the contractor will be responsible for the error and bear the cost of corrective work. Contractor No.of Corrections Executive Engineer

32 Site Office The Contractor shall construct a semi-permanent nature site office with minimum of minimum 20 Sq.m area and shall be provided with minimum two tables, two almaries, six Nos. of chairs and computer with printer. The office and the furniture shall be provided and maintained by the contractor throughout the contract period at his cost. The use of the site offices shall be adequate size to accommodate the inspecting Engineers of MJP to discuss and review progress of work. The site office shall be provided at all the conspicuous structures to be constructed/components to be executed. 9. SECURITY DEPOSIT AND INDEMNITY BOND 9.1 Security Deposit The security deposit shall be returned to the contractor without any interest when the contractor ceases to be under any obligation under the contract. This shall be read with Clause No.1 and 20 of B-1 Form for Security Deposit and Defect Liability Clause respectively. 9.2 Loss or Damage Indemnity Bond The contractor shall be responsible during the progress as well as maintenance for any liability imposed by law for any damage to the work or any part thereof or to any of the materials or other things used in performing the work or for injury to any person or persons or for any property damaged in or outside the work limit. The contractor shall indemnify and hold the owner and the Engineer harmless against any and all liability, claims, loss or injury, including costs, expenses, and attorney's fees incurred in the defence of same, arising from any allegation, whether groundless or not, of damage or injury to any person or property resulting from the performance of the work or from Contractor No.of Corrections Executive Engineer

33 31 any material used in the work or from any condition of the work or work site, or from any cause whatsoever during the progress and maintenance of the work. 10. SUPERVISION AND SUPERINTENDENCE 10.1 Contractor's Supervision The Contractor shall supervise and direct the works efficiently and with his best skill and attention. He shall be solely responsible for means, methods, techniques, procedures and sequences of construction. The Contractor shall co-ordinate all parts of the work and shall be responsible to see that the finished work complies fully with the contract documents, and such instructions and variation orders as the Engineer may issue during the progress of the works Agent The Contractor shall keep on the work at all times during its progress a competent resident agent satisfactory to the owner, who shall not be replaced without ten (10) days written notice to the Engineer except under extra-ordinary circumstances. The agent shall be the Contractor's representative at the site and shall have authority to act on behalf of the contractor. All communications, instructions and directions given to the agent shall be binding as if given to the Contractor by the Engineer not otherwise required to be in writing will be given or confirmed in writing upon request of the Contractor. 11. CARE AND USE OF SITE The Contractor shall not commence operations on land allotted for work except without prior approval of the Engineer. If these lands Contractor No.of Corrections Executive Engineer

34 32 are not adequate the Contractor may have to make his own arrangements for additional lands required for his use. The contractor shall not demolish, remove or alter any of the structures, trees or other facilities on the site without prior approval of the Engineer. All the area of Contractor's operations shall be cleared before returning them to the Engineer. 12. OVERLOADING No part of the work or new and existing structures, scaffolding, shoring, sheeting, construction machinery and equipment, or other permanent and temporary facilities shall be loaded more than its capacity. The Contractor shall bear the cost of correcting damage caused by loading or abnormal stresses or pressures. 13. USE OF EXPLOSIVES The Contractor shall comply with the laws, ordinances, regulations, codes, orders, other governing the transportation, storage and use of explosives, shall exercise extreme care not to endanger life or property and shall be responsible for all injury or damage resulting from the use of explosives for or on the work. 14. MANUFACTURER'S INSTRUCTIONS The Contractor shall compare the requirements of the various manufacturer's instructions with requirements of the contract documents, shall promptly notify to the Engineer in writing of any difference between such requirements and shall not proceed with any of the works affected by such difference shall until an interpretation or clarification is issued pursuant to article. Contractor No.of Corrections Executive Engineer

35 33 The contractor shall bear all costs for any error in the work resulting from his failure to the various requirements and notify the owner of any such difference. 15. PROTECTION The contractor shall take all precautions and furnish and maintain protection to prevent damage, injury or loss to other persons who may be affected thereby, all the works and all materials and equipment to be incorporated therein whether in storage on or off the site, under the care, custody or control of the contractor or any of his sub-contractors and other improvements and property at the site or where work is to be performed including building, trees and plants, pole lines, fences, guard rails, guide posts, culvert and project markers, sign structures, conduits, pipelines and improvements within or adjacent to streets, right-of-way, or easements, except those items required to be removed by the Contractor in the contract documents. The Contractors protection shall include all the safety precautions and other necessary forms of protection, and the notification of the owners of utilities and adjacent property. The contractor shall protect adjoining site against structural, decorative and other damages that could be caused by the execution of works and make good at his cost any such damages that could be caused by the execution of works and make good at his cost any such damages. 16. UTILITIES AND SUB-STRUCTURES Before commencing any excavations, the Contractor shall investigate, determine the actual locations, and protect the indicated utilities and structures, shall determine the existence, position and Contractor No.of Corrections Executive Engineer